AOC NETWORK CLOSET HVAC REPAIR
ID: 140P2125Q0073Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEWASHINGTON CONTRACTING OFFICELAKEWOOD, CO, 80225, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (J045)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 9:00 PM UTC
Description

The Department of the Interior, through the National Park Service, is soliciting proposals for HVAC repair services at the AOC Network Closet located in Herndon, VA. The project involves critical repairs to the HVAC system, including the replacement of a transducer, low-pressure switch, and condenser fan module, necessitated by ongoing low-pressure warnings and maintenance issues. This procurement is vital for ensuring the proper functioning of climate control systems in federal facilities, which is essential for operational efficiency and compliance with government standards. Interested small businesses must submit their quotations by April 9, 2025, with a delivery deadline set for March 22, 2025. For further inquiries, vendors can contact Casey Winters at casey_winters@nps.gov or by phone at 202-354-3980.

Point(s) of Contact
Files
Title
Posted
Apr 3, 2025, 8:05 PM UTC
This solicitation document outlines the requirements for submitting proposals for a government contract, under the terms defined in FAR Clause 52.212-1 and its addendum. Proposals must be directed to Casey Winters via email by the specified deadline, adhering to a maximum file size of 20 MB. Submissions should include a detailed price quote aligned with the provided Contract Line Item Numbers (CLINs) and must not be alternatives. Responses must be received before the closing date to be considered, and all communications must reference the solicitation number (140P2125Q0073). Questions regarding the solicitation need to be submitted in writing to the designated email. Evaluation will follow a Lowest Quote Technically Acceptable (LQTA) methodology, focusing on both pricing and technical acceptability of the proposals. Vendors must be authorized resellers of Microsoft Unified to qualify. The government aims to award the contract to the vendor who submits the lowest priced, technically acceptable quote as evaluated through a sequential comparison of bids. The two main criteria for evaluation are price and technical acceptability, ensuring cost-effectiveness while meeting the specified requirements.
Apr 3, 2025, 8:05 PM UTC
The AOC HVAC repair Statement of Work outlines the necessary repairs to the HVAC system located at 13461 Sunrise Valley Drive, Suite 200, Herndon, VA. The project is prompted by regular low-pressure warnings and identified issues from recent maintenance that exceed standard upkeep. Key repairs include replacing a transducer, low-pressure switch, and the second condenser fan module on a Stulz CRAC unit. The work is to be completed within one week from the award date by EPA Level III Certified Technicians, who will provide the required materials. Specific parts include a condenser fan motor, a pressure transducer, and a low-pressure switch, all adhering to OEM specifications. Deliverables include service repair in line with manufacturer recommendations and verification of each unit's proper function. This document is framed within the context of government RFPs, highlighting the structured approach to service requirements and compliance standards for federal facilities management.
Apr 3, 2025, 8:05 PM UTC
The U.S. Department of Labor's Wage Determination No. 2015-4281 outlines minimum wage rates required under the Service Contract Act (SCA) for federal contracts. It specifies that contracts initiated after January 30, 2022, mandate a minimum wage of $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $13.30 per hour if not renewed afterward. The document lists applicable occupations and their corresponding wage rates in the District of Columbia and nearby Maryland and Virginia counties, covering various job classifications in administrative support, automotive services, healthcare, and more. Additionally, it outlines benefits such as health and welfare allowances, paid sick leave under Executive Order 13706, and requirements for uniform provisions. The directory provides a framework for contractors to determine wage and benefits compliance, ensuring fair compensation for labor on federally contracted services. Emphasizing regulatory adherence, the document serves as a reference for contractors navigating federal, state, and local procurement processes.
Apr 3, 2025, 8:05 PM UTC
The document outlines Request for Quotations (RFQ) No. 140P2125Q0073, issued by the U.S. Department of the Interior, National Park Service, for HVAC repairs at the AOC Network Closet. The RFQ calls for firm-fixed price quotations and encourages submissions from small businesses, classified under NAICS code 238220, with a size standard of $19 million. The deadline for quotations is set for April 9, 2025, with delivery required by March 22, 2025. The document details the specifications for HVAC repairs and outlines the evaluation criteria as "low price technically acceptable." Additionally, the RFQ includes various legal clauses pertaining to federal acquisitions such as compliance with personal identity verification, prohibitions regarding telecommunications and video surveillance services, and requirements for electronic invoicing through the U.S. Treasury's Invoice Processing Platform. It emphasizes that responses are not binding offers and outlines the necessary protocol for submitting inquiries and quotations electronically. The content aims to ensure that contractors understand compliance, procurement regulations, and the necessity for adherence to government standards, promoting transparency and adherence to federal contract stipulations.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
J--EMERGENCY HVAC REPAIRS AT THE CHAL VC
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking proposals for emergency HVAC repairs at the Chalmette Battlefield Visitor Center within the Jean Lafitte National Historical Park and Preserve. The project involves the complete replacement of HVAC equipment, requiring contractors to provide all necessary labor, materials, tools, and supervision for the installation and testing of new systems, including the removal of existing units and installation of new heat pumps and a ductless mini-split. This procurement is critical for enhancing visitor comfort and operational efficiency at the facility, with a firm fixed-price contract expected to be awarded based on evaluations of cost, technical approach, and relevant experience. Interested contractors must attend a mandatory site visit on April 15, 2025, and submit their proposals electronically by April 21, 2025, to Tara Clark at taraclark@nps.gov.
J--MACA-UPGRADE INADEQUATE VC HVAC CONTROLS
Buyer not available
The National Park Service (NPS) is seeking qualified contractors to upgrade the HVAC control system at the Mammoth Cave National Park Visitor Center in Kentucky. The project involves a comprehensive inspection, software and hardware upgrades, system balancing, and operator training to ensure the long-term functionality and efficiency of the HVAC system. This initiative is crucial for maintaining comfort and operational efficiency for both staff and visitors while reducing energy consumption. Interested small businesses must submit their quotes by May 7, 2025, and are required to register in the System for Award Management (SAM) prior to submission. For further inquiries, vendors can contact Ashley Warcewicz at ashleywarcewicz@nps.gov.
OK DEEP FORK NWR BUNKHOUSE HVAC REPLACEMENT
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the replacement of the HVAC system at the Bunkhouse facility within the Deep Fork National Wildlife Refuge in Okmulgee, Oklahoma. The project requires the contractor to remove the existing HVAC system and install a new upflow gas furnace and coil, along with necessary ductwork and refrigerant lines, ensuring compliance with industry standards and safety protocols. This upgrade is crucial for enhancing the comfort and efficiency of the living conditions for seasonal employees, as the current system has been compromised due to age and wildlife damage. Interested small businesses must submit their quotes by April 8, 2025, with the performance period set from May 1 to June 1, 2025. For further inquiries, vendors can contact Jeremy Riva at jeremyriva@fws.gov or call 240-381-7321.
TX ARANSAS/MATAGORDA IS NWR - HVAC REPLACEMENT
Buyer not available
The U.S. Fish and Wildlife Service is seeking qualified small businesses to provide HVAC replacement services at the Aransas Matagorda Island National Wildlife Refuge in Austwell, Texas. The project involves the complete removal of four old HVAC systems and the installation of four new systems, with a focus on enhancing environmental controls within the bunkhouse. This initiative is crucial for maintaining operational efficiency and compliance with federal and local mandates, emphasizing the use of ENERGY STAR products to meet environmental standards. Interested contractors must submit their quotes by April 23, 2025, and can contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407 for further details.
AV FIRE CENTER HVAC REPLACEMENT
Buyer not available
The Bureau of Land Management (BLM) is soliciting quotations for the replacement of the HVAC system at the Apple Valley Fire Center in California under Request for Quotation (RFQ) No. 140L1225Q0009. The project requires the complete removal and installation of an HVAC system, including an AC condenser unit, furnace, and air ducting, with a focus on efficiency and compliance with safety protocols. This initiative is crucial for maintaining optimal environmental conditions within the facility, ensuring operational efficiency in public service. Proposals are due by May 9, 2025, with a project period from May 19 to June 18, 2025, and interested small businesses should contact John Cabral at jcabral@blm.gov or 707-438-5293 for further details.
Daikin HVAC VRV Condensing Unit Replacement - JB Andrews MD
Buyer not available
The Department of Defense, through the 316th Contracting Squadron, is seeking quotations from small businesses for the replacement of a defective Daikin HVAC Variable Refrigerant Valve (VRV) Condensing Unit (Model REYQ120PBYD) at Joint Base Andrews, Maryland. The procurement involves removing the existing unit, installing a new one, and ensuring compliance with technical specifications and safety protocols, including adherence to the Service Contract Act wage determination. This project is critical for maintaining efficient HVAC operations within the facility, and a site visit is scheduled for April 15, 2025, with a response deadline for quotes set for April 19, 2025. Interested parties should direct inquiries to Marchie Ca'Merono at marchie.camerono@us.af.mil or Alexis Huggins at alexis.huggins@us.af.mil, and must submit their priced responses in accordance with the provided instructions.
Z--NAVA REPLACE FURNACES HOUSES 5, 6, 8
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors to replace furnaces in residential houses at the Navajo National Monument in Arizona. This procurement is a total small business set-aside, requiring contractors to provide labor, materials, and equipment while adhering to specific submission formats, including a price schedule and capabilities statement. The project underscores the NPS's commitment to maintaining and improving facilities within national parks, ensuring compliance with federal contracting regulations. Proposals are due by April 28, 2025, at 5:00 PM EDT, and interested parties should contact Jessica Owens at jessicaowens@nps.gov or 720-450-2184 for further information.
QPK HVAC Replacement
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified small businesses to undertake the QPK HVAC Replacement project located in Aurora, Colorado. The project involves the removal and disposal of existing HVAC units and the installation of new systems, including two 15-ton packaged HVAC units and a mini-split system, in accordance with FAA specifications and safety standards. This procurement is critical for maintaining operational efficiency at FAA facilities, ensuring reliable heating, ventilation, and air conditioning systems are in place. The estimated contract value ranges from $250,000 to $500,000, with proposals due by May 8, 2025, at 3:00 PM EDT. Interested contractors should contact Marc LeMay or Suzanne Huggins for further details and to obtain the necessary solicitation documents.
HVAC EQUIPMENT REPAIRS AND REPLACEMENT
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for HVAC equipment repairs and replacements at the Pacific Southwest Research Station in Placerville, California. The primary objective of this contract is to restore operational capacity to the HVAC system by addressing critical issues, including the replacement of an inoperable hot water boiler and the repair of a refrigerant leak in the air handling unit. This project is vital for maintaining environmental control systems essential for the facility's operations, ensuring compliance with federal standards and enhancing overall efficiency. Interested contractors, particularly those classified as small businesses, must submit their bids by April 29, 2025, with a total contract value of approximately $19 million, and are encouraged to contact Henry Barron at henry.d.barron@usace.army.mil for further details.
HVAC and Remediation Services - LA
Buyer not available
The U.S. Fish and Wildlife Service is seeking qualified contractors to provide HVAC and remediation services at the Sabine National Wildlife Refuge in Hackberry, Louisiana. The project entails the installation of a new HVAC system, ductwork replacement, and comprehensive mold remediation, all in compliance with federal and state regulations. This initiative is crucial for maintaining healthy facilities and mitigating risks associated with HVAC failures and mold growth. Proposals are due by May 8, 2025, with a project budget estimated between $100,000 and $250,000, and interested parties should contact Christine Beauregard at ChristineBeauregard@fws.gov for further details.